Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 25, 2011 FBO #3592
MODIFICATION

58 -- Audio-Visual Equipment Procurement, Installation, Testing, Familiarization Training, and Maintenance Agreement - Fort Lee, VA

Notice Date
9/23/2011
 
Notice Type
Modification/Amendment
 
Contracting Office
1830 Quartermaster Rd, Fort Lee, VA 23801
 
ZIP Code
23801
 
Solicitation Number
W91QF511R0012
 
Response Due
9/26/2011
 
Archive Date
3/24/2012
 
Point of Contact
Name: Client Services, Title: Sourcing Agent, Phone: 1.877.9FEDBID, Fax: 703.442.7822
 
E-Mail Address
clientservices@fedbid.com;
 
Small Business Set-Aside
Total Small Business
 
Description
AMENDMENT NOTICE:This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, in conjunction with FAR 13.5, as applicable, and as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; bids are being requested and a written solicitation will not be issued.The solicitation number is W91QF511R0012 and is issued as an invitation for bids (IFB), unless otherwise indicated herein.The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-53. The associated North American Industrial Classification System (NAICS) code for this procurement is 334310 with a small business size standard of 750.00 employees.This requirement is a [ Small Business ] set-aside and only qualified offerors may submit bids.The solicitation pricing on www.FedBid.com will start on the date this solicitation is posted and will end on 2011-09-26 12:00:00.0 Eastern Time or as otherwise displayed at www.FedBid.com.FOB Destination shall be Multiple shipping information. The U.S. Army ACC MICC Fort Lee requires the following items, Exact Match Only, to the following: LI 001, One Clear Microphone Package---Refer to attachment for brand name specifics, 13, EA; LI 002, Two Clear Microphone Package---Refer to attachment for brand name specifics, 6, EA; LI 003, Three Clear Microphone Package- Refer to attachment for brand name specifics, 30, EA; LI 004, Four Ceiling Microphone/Two Camera Package---Refer to attachment for brand name specifics, 82, EA; LI 005, Five Ceiling Microphone/One Camera Package---Refer to attachment for brand name specifics, 55, EA; LI 006, Six Ceiling Microphone/One Camera Package---Refer to attachment for brand name specifics, 2, EA; LI 007, Two Clear Microphone Monitor Package---Refer to attachment for brand name specifics, 3, EA; LI 008, Fifteen Ceiling Microphone/Two Camera Package---Refer to attachment for brand name specifics, 4, EA; LI 009, One Clear Microphone Monitor Package---Refer to attachment for brand name specifics, 2, EA; LI 010, One Camera with Speaker Monitor Package---Refer to attachment for brand name specifics, 1, EA; LI 011, Sixteen Ceiling Microphone/One Camera Package---Refer to attachment for brand name specifics, 1, EA; LI 012, CLIN 012 NOT UTILIZED - GOVERNMENT ACCOUNTING SYSTEM ISSUE - PLEASE CHECK THE "Included in Another Line Item" Feature, WHICH WILL THEN ALLOW YOU TO PRICE THIS LINE ITEM AT $0.00, 1, EA; LI 013, Eight Ceiling Microphone/One Camera Package---Refer to attachment for brand name specifics, 4, EA; LI 014, Mobile Camera System---Refer to attachment for brand name specifics, 5, EA; LI 015, Four Shotgun Microphone Package---Refer to attachment for brand name specifics, 2, EA; LI 016, Mobile System Package---Refer to attachment for brand name specifics, 3, EA; LI 017, STC Audio and Video Package---Refer to attachment for brand name specifics, 1, EA; LI 018, Audio/Video Remote Support Package---Refer to attachment for brand name specifics, 1, EA; LI 019, Installation, Operational Testing, and Familiarization Training--- 215 conference room installs shall be conducted across 5 different installations: Fort Lee, VA (195 each), Fort Jackson, SC (13 each), Fort Eustis, VA (5 each), Fort Gordon, GA (1 each), and Fort AP Hill (1 each) --- Operational Testing shall occur following each conference room install --- Familiarization training (hands-on operation) shall occur for no more than 30 personnel at each installation, 215, EA; LI 020, 12-month Maintenance Agreement- Maintenance agreement shall cover all parts and labor for each individual conference room installation for a period of 12 months from the date that the installation is complete. --- The Inoperable Time of any single audio-visual package installed in a conference room must not exceed 72 hours to include trouble-shooting, diagnosis, and repair --- Contractor shall provide the customer a monthly summary document with install locations (To include Army Base Name, Building #, Room #, & Installation Package Type) and completion dates of each conference room installation., 12, EA; Solicitation and Buy Attachments ***Question Submission: Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the Buyer to respond. Questions must be submitted by using the 'Submit a Question' feature at www.fedbid.com. Questions not received within a reasonable time prior to close of the solicitation may not be considered.*** For this solicitation, U.S. Army ACC MICC Fort Lee intends to conduct an online competitive reverse auction to be facilitated by the third-party reverse auction provider, FedBid, Inc. FedBid has developed an online, anonymous, browser based application to conduct the reverse auction. An Offeror may submit a series of pricing bids, which descend in price during the specified period of time for the aforementioned reverse auction. U.S. Army ACC MICC Fort Lee is taking this action in an effort to improve both vendor access and awareness of requests and the agency's ability to gather multiple, competed, real-time bids.All responsible Offerors that respond to this solicitation MUST submit the pricing portion of their bid using the online exchange located at www.FedBid.com. There is no cost to register, review procurement data or make a bid on www.FedBid.com.Offerors that are not currently registered to use www.FedBid.com should proceed to www.FedBid.com to complete their free registration. Offerors that require special considerations or assistance may contact the FedBid Helpdesk at 877-9FEDBID (877-933-3243) or via email at clientservices@fedbid.com. Offerors may not artificially manipulate the price of a transaction on www.FedBid.com by any means. It is unacceptable to place bad faith bids, to use decoys in the www.FedBid.com process or to collude with the intent or effect of hampering the competitive www.FedBid.com process.Should offerors require additional clarification, notify the point of contact or FedBid at 877-9FEDBID (877-933-3243) or clientservices@fedbid.com.Use of FedBid: Buyers and Sellers agree to conduct this transaction through FedBid in compliance with the FedBid Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive. New Equipment ONLY; NO remanufactured or "gray market" items. All items must be covered by the manufacturer's warranty. Bid MUST be good for 30 calendar days after close of Buy. Shipping must be free on board (FOB) destination CONUS (Continental U.S.), which means that the seller must deliver the goods on its conveyance at the destination specified by the buyer, and the seller is responsible for the cost of shipping and risk of loss prior to actual delivery at the specified destination. Offeror must be registered in the Central Contractor Registration (CCR) database before an award can be made to them. If the offeror is not registered in the CCR, it may do so through the CCR website at http://www.ccr.gov. EFFECTIVE JAN 2005, all offerors are required to use ?Online Representations and Certifications Application (ORCA) to respond to federal solicitations. To register in ORCA, please go to www.bpn.gov/orca. You must be active in the Central Contractor Registration (www.ccr.gov) and have a Marketing Partner Identification Number (MPIN), to register in ORCA. Failure to register in ORCA may preclude an award being made to your company. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.209-5 Information Regarding Responsibility Matters, 52.209-7 Information Regarding Responsibility Matters, 52.212-1 Instructions - Commercial Items, applies to this acquisition, 52.212-2 Eval Factors (SEE ADDENDUM), 52.212-3 Alt I Certs and Reps - Commercial Items - the selected offeror must submit a completed copy of the listed representations and certifications, 52.233-2 Service of Protest, 252.209-7001 Disclosure of Ownership or Control by Terrorist Country, 252.225-7031 Secondary Arab Boycott of Israel, 252.212-7000 Offerors Representations and Certifications. The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 52.212-4 Contract Terms and Conditions - Commercial Items; FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, paragraph (a) and the following clauses in paragraph (b): 52.219-6, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.225-13, 52.232-33., 52.219-6 Notice of Total Small Business Set Aside, 52.219-28 Post Award Small Business Program Respresentation, 52.223-14 Toxic Chemical Releasing, 52.252-2 Clauses Incorporated by Reference, 52.247-18 Multiple Shipments, 52.247-34 FOB Destination The selected Offeror must comply with the following commercial item terms and conditions, which are incorporated herein by reference: 252.203-7000 - Requirements Relating to Compensation of former DoD Officials, 252.204-7004 Alt A - Central Contractor Registration, 252.211-7003 Alt I - Item Identification and Valuation, 252.212-7001 - Contract terms and conditions required to implement statutes or executive orders applicable to defense acquisitions of commercial items, 252.225-7001 - Buy American Act and Balance of Payments Program, 252.225-7002 - Qualifying Country Sources as Subcrontractors, 252.232-7003 - Electronic Submission of Payment Requests and Recieving Reports, 252.232-7010 - Levies on Contract Payments, 252.243-7001 - Pricing of Contract Modifications, 252.247-7023 Alt III - Transportation of Supplies by Sea (a) Pursuant to Department of Defense Instruction Number 2000.16, ?DoD Antiterrorism (AT) Standards,? dated October 2, 2006, each contractor employee requiring access to a Federally-controlled installation, facility and/or Federally-controlled information system(s) shall complete Level I AT Awareness Training on an annual basis and receive a certificate of completion. The training is accessible from any computer and is available at https://atlevel1.dtic.mil/at/. The contractor is responsible for ensuring that all applicable employees have completed antiterrorism awareness training and shall certify that their workforce has completed the training through the submission of completion certificate(s) to the Contracting Officer and the Contracting Officer?s Representative (if appointed) within five working days after contract award or prior to access to a Federally-controlled installation or information system. (b) In the event that the automated system at https://atlevel1.dtic.mil/at/ is not available (e.g., server problems), Level I AT Awareness Training can be provided by a qualified instructor. However, if the training is not completed online, the Level I AT Awareness Instructor qualification must be coordinated with the Installation Antiterrorism Officer (or Installation Security equivalent) and the resultant name(s) of approved instructors shall be provided the contracting officer or designee along with all associated cost or schedule impacts to the contract. (c) Antiterrorism performance (Level I AT Awareness Training attendance and compliance) may be documented as a performance metric under the resultant contract, and be part of past performance information in support of future source selections. If you have complaints about this procurement, it is preferable that you first attempt to resolve those concerns with the responsible contracting officer. However, you can also protest to Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 20 working days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. All other agency-level protests should be sent to the contracting officer for resolution. Headquarters U.S. Army Materiel CommandOffice of Command Counsel4400 Martin RoadRm: A6SE040.001 Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 Packages sent by FedEx or UPS should be addressed to:Headquarters U.S. Army Materiel CommandOffice of Command Counsel4400 Martin RoadRm: A6SE040.001 Redstone Arsenal, AL 35898-5000Fax: (256) 450-8840 The AMC-Level Protest procedures are found at: http://www.amc.army.mil/pa/COMMANDCOUNSEL.asp. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures. The full text of the referenced FAR clauses may be accessed electronically at http://www.acqnet.gov/far. - Refer to the attachment for the full text of FAR 52.212-1. 16 SEP 11, 12:00 PM EST - Deadline for contractor(s) to notify ICO-Ft. Lee of their desire to attend the site-visit (email site-visit notification to george.p.kloppenburg.mil@mail.mil) ------ 19 SEP 11, 12:00 PM EST - Email packets to all interested vendors for site-visit (Includes map and link-up location & time) ------ 21 SEP 11, 9:00 AM EST - Conduct Site-visit ------ 22 SEP 11, 5:00 PM EST - Deadline for contractor question submission ------ 23 SEP 11, 5:00 PM EST - Post ICO-Ft. Lee answers to contractor questions to FBO.gov for all contractors to reference ------ 27 SEP 11, 12:00 PM EST - Deadline for contractor proposals A site-visit will be conducted at Fort Lee, VA on 21 September 2011 at 9:00 a.m EST. Site-visit Time and Link-up location to be determined. This site-visit will provide a tour of one conference room that will represent a majority of the installations and a few unique locations that are only located on Fort Lee, VA. It is highly recommended to take detailed notes during the site-visit as NO QUESTIONS OR SIDEBAR CONVERSATIONS will be allowed during the site-visit with the customer or Government Employees. All questions must be submitted via email to Major George Kloppenburg by 5:00 p.m. (noon) EST on 22 September 2011. Answers to these questions will be published on FBO.gov by 5:00 p.m. (noon) EST on 23 September 2011 for all interested vendors to reference while finalizing proposals. All vendors interested in attending the site-visit must send an email to Major George Kloppenburg (George.p.kloppenburg.mil@mail.mil) by 12:00 p.m. (noon) EST on 16 September 2011 in order to receive the Time and Link-up location packet. Note: Gaining entrance onto Fort Lee, VA will require valid identification, proof of insurance, and proof of vehicle registration. A vehicle inspection of 5-10 minutes in duration may be required, so plan accordingly. If delivery of any audio-visual hardware is required, please reference attachment "Audio-Visual Equipment Brand Name Breadown" for numbers of packages to be installed at each Army Installation for shipping cost calcualation. No less than three (3) Past Performance Surveys shall be emailed to the Fort Lee Contracting Office (george.p.kloppenburg.mil@mail.mil) by the "surveying" organization no later than the closing time for this solicitation 26 September 2011 at 12:00 p.m. (noon) EST. It will be incumbent upon the interested contractor to contact and solicit feedback from past organizations that they have conducted business with in order to acquire their assistance with the survey. At no time shall the survey be sent to and/or forwarded from the interested contractor. The format for this survey can be found in the Buy Attachments entitled Past Performance Survey.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ee26f49e588a1e14bbfaad69f5e5a3d9)
 
Place of Performance
Address: Multiple shipping information.
Zip Code: Multiple
 
Record
SN02591054-W 20110925/110924000557-ee26f49e588a1e14bbfaad69f5e5a3d9 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.